SOURCES SOUGHT
44 -- Box or Muffle Furnace
- Notice Date
- 2/6/2012
- Notice Type
- Sources Sought
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0113
- Archive Date
- 3/2/2012
- Point of Contact
- Keith M. Brandner, Phone: 9375224625
- E-Mail Address
-
keith.brandner@wpafb.af.mil
(keith.brandner@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable producing a box or muffle furnace for high temperature synthesis of Barium-rich borosilicate oxide glasses. Contractors responding should specify that the box or muffle furnace they provide meets the specifications provided below, and shall provide detailed product information to show clear technical compliance. Additionally, sales history, including any recent commercial companies sold to, should be included to determine commerciality. Description of Box or Muffle Furnace: 1. NEW. The furnace must be new. It cannot be a used or refurbished furnace. 2. TO 1500C OR HIGHER. The furance must be capable of regularly sustaining temperatures of 1500C in the course of its normal use. 3. MINIMUM INTERNAL CHAMBER DIMENSIONS 5"X5"X5". The chamber must be large enough to hold the crucible in which the glass is to be synthesized. 4. MAXIMUM EXTERNAL DIMENSIONS are less than: 4.1. Deep: 18", Wide: 24", Tall: 27" Or 4.2. Deep: 16", Wide: 24", Tall: 30" 4.3. The back wall of the hood where this furnace must fit has a back wall that angles forward. At a depth of 18", the back wall of the hood only allows for a 27" high furnace. At the shallower depth of 16", a 30" high furnace will fit. 5. PROGRAMMABLE CONTROLLER WITH SIX TEMPERATURE SEGMENTS OR MORE. The furnace must be programmable, such that six distinct temperatures can be held automatically, sequentially, for different time periods. 6. OVERTEMPERATURE PROTECTION. In the event of a thermocouple failure, there is a risk that the temperature of the furnace would rise above the maximum set temperature. 7. NON CARBONACEOUS HEATING ELEMENTS. 8. UL/CSA CERTIFICATION. To be safely operated, the electrical components and controller should be UL/CSA certified 9. CAPABLE OF CONTINUOUS OPERATION (~8 hours or more) at 1500C or more in the course of its normal use. 10. NO PERMANENT WIRING. Does not require permanent wiring, but can be plugged in and unplugged from a socket. All interested contractors shall submit a response demonstrating their capabilities to perform the requested services to the primary point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman-owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. The NAICS Code to be used for this acquisition is 333994. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: keith.brandner@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Keith Brandner, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than (SET TIME and DATE)4:00 p.m. Eastern Standard Time, 16 February 2012. Direct all questions concerning this acquisition to Keith Brandner at keith.brandner@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0113/listing.html)
- Place of Performance
- Address: 1940 Allbrook Drive, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Record
- SN02668244-W 20120208/120206234252-8daa1a00672a5c9654a9a52750f723de (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |